Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20092402.tiff
RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR EMERGENCY PREPAREDNESS AND RESPONSE PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Task Order Contract for the Emergency Preparedness and Response Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment, commencing September 1, 2009, and ending August 9, 2010, with further terms and conditions being as stated in said task order contract, and WHEREAS, after review, the Board deems it advisable to approve said task order contract, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Task Order Contract for the Emergency Preparedness and Response Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Department of Public Health and Environment, and the Colorado Department of Public Health and Environment be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said task order contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 9th day of September, A.D., 2009, nunc pro tunc September 1, 2009. BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the. Bbd Deputy Clerk to the Boar rney Date of signature /C%/o9 WELD COSIP,TY, COLORADO Seap P. Conway A 2009-2402 C ; tit- (AA 704q%q HL0036 Wine COLORADO Memorandum TO: William F. Garcia, Chair Board of County Commissioners FROM: Mark E. Wallace, MD, MPH, Director Department of Public Health and Environment DATE: August 17, 2009 SUBJECT: Emergency Preparedness and Response Task Order Contract Enclosed for Board review and approval is a task order contract for the Emergency Preparedness and Response Program. If approved, this will become part of the Master Contract between the Colorado Department of Public health and Environment (CDPHE) and Weld County on behalf of the Department of Public health and Environment (WCDPHE). With this contract, CDPHE is awarding Weld County renewal funding in the amount of $333,705.00 as pass through funding from the United States Department of health and Human Services, Centers for Disease Control and Prevention (CDC) to further develop WCDPHE's preparedness and response to terrorism and non -terrorism events including infectious disease, environmental and occupational related emergencies. The scope of work included in the contract lists goals and measurements that support the CDC Preparedness Cooperative Agreement and the 10 Essential Public health Services. In addition, this award includes deliverables and funding to assist with projected HIN1 activities. The time period for this contract is September 1, 2009 through August 9, 2010. I recommend your approval Enclosure 2009-2402 STATE OF COLORADO Bill Ritter, Jr., Governor James B. Martin, Executive Director Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr. S. Denver, Colorado 80246-1530 Phone (303) 692-2000 TDD Line (303) 691-7700 Located in Glendale, Colorado http://www.cdphe.State.co.uS September 22, 2009 Laboratory Services Division 8100 Lowry Blvd. Denver, Colorado 80230-6928 (303) 692-3090 Mike Wallace Executive Director Weld County Department of Public Health and Environment 1555 North 17th Avenue Greeley, CO 80631 Dear Mr. Wallace, Colorado Department of Public Health and Environment Enclosed please find your fully approved Task Order Contract, contract routing number 10 FJA 3047, for encumbrance number, PO FJA EPR103047 with the Colorado Department of Public Health and Environment, Emergency Preparedness and Response Division. Please keep these original documents for your records. If you have any questions or require further information, please feel free to contact me. Sincerely, Sonia A. Gonzales Contract Monitor Colorado Department of Public Health & Environment Emergency Preparedness and Response Division Phone: (303) 692-2681 Fax: (303) 691-7811 Email: sonia.Gonzales@state.co.us STATE OF COLORADO Bill Ritter, Jr., Governor James B. Martin, Executive Director Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr. S. Denver, Colorado 80246-1530 Phone (303) 692-2000 TDD Line (303) 691-7700 Located in Glendale, Colorado http://www.cdphe.state.co.us August 5, 2009 Laboratory Services Division 8100 Lowry Blvd. Denver, Colorado 80230-6928 (303) 692-3090 To All Local Public Health Agency Directors Colorado Department of Public Health and Environment The Colorado Department of Public Health and Environment (CDPHE) Emergency Preparedness and Response Division (EPRD) strongly encourages all regional emergency preparedness and response staff and regional epidemiologists to work closely with local disease control and immunization staff within their assigned counties and regions to plan for and respond to the upcoming novel influenza A HIN1 outbreak that will be impacting Colorado communities over the next several months. THIS SHOULD BE THEIR TOP PRIORITY. In order to successfully respond to such a large-scale public health event, local emergency preparedness, disease control and immunization staff will need to coordinate activities and share resources as the response to the HIN1 pandemic will require a broad use of skills and knowledge maintained by various local public health personnel. The CDPHE Disease Control and Environmental Epidemiology Division (DCEED), Immunization Program, Emergency Preparedness and Response Division (EPRD), and Office of Communications have been working together at the state level to plan for upcoming response activities. The same should be taking place across the state at every level. Your local public health agency will be receiving the scope of work for the first phase of H1NI funding over the next week. These grant funds as with your remaining 08-09 EPR funds may also be used for expenses related to the HIN1 influenza planning, training, and response efforts. Thank you for your continued support. Sincerely, <original signed> Chris Lindley, Director Emergency Preparedness and Response Division Colorado Department of Public Health and Environment STATE OF COLORADO Bill Ritter, Jr., Governor James B. Martin, Executive Director Dedicated to protecting and improving the health and environment of the people of Colorado 4300 Cherry Creek Dr. S. Denver, Colorado 80246-1530 Phone (303) 692-2000 TDD Line (303) 691-7700 Located in Glendale, Colorado http://www.cdphe.state.co.us Laboratory Services Division 8100 Lowry Blvd. Denver, Colorado 80230-6928 (303) 692-3090 WORK STATUS CONFIRMATION LETTER Colorado Department of Public Health and Environment Vendor Name: Contract Routing Number: CRS §24-30-202 requires the State Controller to approve all State Contracts. The above referenced (Circle one) Contract or Amendment is not valid until it is signed and dated below by the State Controller or delegate. Therefore, your agency is not authorized to begin performance until you are notified that it's signed. If your agency begins performing Contract tasks prior to that date, the State of Colorado is not obligated to pay your agency for such performance or for any goods and/or services provided prior to the date signed. By signing below, your confirm that (Signature MUST be that of the person signing the Contract) a) No work has been performed under this contract b) No work will begin under this contract until the contract is signed by the State Controller or on the effective date, whichever is later. Signature of Authorized Officer William F. Garcia Print Name of Authorized Officer Chair, Board of Weld County Commissioners Print Title of Authorized Officer SEP 0 9 2009 Date Signed RETURN THIS LETTER TO: Jessica Hubbard Colorado Department of Public Health & Environment Budget 4300 Cherry Creek Dr So DCEED-A3 Denver CO 80246-1530 ovoi'2-&y2 DI PAitENII INT ()ITT PUBLIC I IEN;I7 I AND ENVIRONMENT ROUTING NO.10 FJA 3047 APPROVED TASK ORDER CONTRACT - WAIVER #154 This Task Order Contract is issued pursuant to Master Contract made on 01/23/2007, with routing number 08 FAA 00052 STATE: State of Colorado for the use & benefit of the Department of Public Health and Environment Emergency Preparedness and Response Division 4300 Cherry Creek Drive South Denver, Colorado 80246-1530 TASK ORDER MADE DATE: August 4, 2009 PO/SC I{NCCNRRANCIS NUMBER: PO FJA EPR103047 TERM: This Task Order shall be effective upon approval by the State Controller, or designee, or on 09/01/2009, whichever is later. The Task Order shall end on 08/09/2010. PRICE S nCUCrURIti. Cost Reimbursement PROCURICMI:NT NIT XI loo-. Exempt CON TINMIPOR_ Board of County Commissioners of Weld County 915 10ih Street Greeley, Colorado 80632-0758 for the use and benefit of the Weld County Department of Public Health and Environment 1555 North 17i1' Avenue Greeley, Colorado 80631 CONTRACTOR I:NTIIY TYPE Colorado Political Subdivision BILLING S fATRMI INIS IRI X:NI VEL): Monthly STATUTORY ACTT TOMTIT): Not Applicable CONTRACT PRICE: NOS TO EXCITE.I) $ 333,705.00 FT :DI RRAI. PEN DING DOLLARS: 333,705.00 Si A TI'. [ITNDING DOLLARS: $ 0.00 BID/RCP/MIST PRI() I AGREIIMF/NT NUMBER: MAXIMUM AMOUNT AN/AILABI:I: PER 14SCAI. YEAR: Not Applicable FY 10: $ 333,705.00 TAW SIX ICI FIT D VTINDOR SfATU IN Not Applicable STATIC RI TM :SI NTATI V P.: Sonia A. Gonzales Department of Public Health and Environment Emergency Preparedness and Response Division 4300 Cherry Creek Drive South Denver, CO 80246-1530 SCOPE OF AC ( )RFC CC)NI MAC )R RI fI REST NTAT1w: Mark Wallace Executive Director Weld County Department of Public Health and Environment 1555 North 17" Avenue Greeley, Colorado 80631 Contractor shall work with and through state, regional and local partnerships to achieve emergency preparedness activities. Contractor shall ensure collaboration with the Colorado Department of Public Health and Environment (CDPHE), Emergency Preparedness and Response Division, local public health agencies and regional Epidemiologist and Generalists staff members within the designated All - Hazards Region. Page I of 5 Rev 6/25/09 IfXI HUFFS: The following exhibits are hereby incorporated: Exhibit A - Additional Provisions (and its attachments if any — e.g., A-1, A-2, etc.) Exhibit B - Statement of Work and Budget (and its attachments if any — e.g., B-1, B-2, etc.) GENERAL PROVISIONS The following clauses apply to this Task Order Contract. These general clauses may have been expanded upon or made more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of this Task Order Contract provide more specificity than these general clauses, the more specific provision shall control. 1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract including, but not limited to, Exhibit One thereto. The total term of this Task Order Contract, including any renewals or extensions, may not exceed five (5) years. The parties intend and agree that all work shall be performed according to the standards, terms and conditions set forth in the Master Contract. 2. In accordance with section 24-30-202(1), C.R.S., as amended, this Task Order Contract is not valid until it has been approved by the State Controller, or an authorized delegee thereof. The Contractor is not authorized to, and shall not; commence performance under this Task Order Contract until this Task Order Contract has been approved by the State Controller or delegee. The State shall have no financial obligation to the Contractor whatsoever for any work or services or, any costs or expenses, incurred by the Contractor prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order Contract on or before its proposed effective date, then the Contractor shall commence performance under this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order Contract after its proposed effective date, then the Contractor shall only commence performance under this Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through and including the date specified on page one of this Task Order Contract, unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract. Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of the terms and conditions of this Task Order Contract. 3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated, all exhibits and/or attachments to this Task Order Contract are incorporated herein and made a part of this Task Order Contract. Unless otherwise stated, the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract (including its exhibits and/or attachments), or between this Task Order Contract and its exhibits and/or attachments, such conflicts or Page 2 of 5 Rev 6/25/09 inconsistencies shall be resolved by reference to the documents in the following order of priority: 1) the Special Provisions of the Master Contract; 2) the Master Contract (other than the Special Provisions) and its exhibits and attachments in the order specified in the Master Contract; 3) this Task Order Contract; 4) the Additional Provisions -Exhibit A, and its attachments if included, to this Task Order Contract; 5) the Scope/Statement of Work - Exhibit B, and its attachments if included, to this Task Order Contract; 6) other exhibits/attachments to this Task Order Contract in their order of appearance. 4. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order Contract, shall perform and complete, in a timely and satisfactory manner, all work items described in the Statement of Work and Budget, which are incorporated herein by this reference, made a part hereof and attached hereto as "Exhibit B". 5. The State, with the concurrence of the Contractor, may, among other things, prospectively renew or extend the term of this Task Order Contract, subject to the limitations set forth in the Master Contract, increase or decrease the amount payable under this Task Order Contract, or add to, delete from, and/or modify this Task Order Contract's Statement of Work through a contract amendment. To be effective, the amendment must be signed by the State and the Contractor, and be approved by the State Controller or an authorized delegate thereof. This contract is subject to such modifications as may be required by changes in Federal or State law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this Task Order Contract on the effective date of such change as if fully set forth herein. 6. The conditions, provisions, and terms of any RFP attached hereto, if applicable, establish the minimum standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's Proposal, if attached hereto, or any attachments or exhibits thereto, or the Scope/Statement of Work - Exhibit B, establishes or creates standards of performance greater than those set forth in the RFP, then the Contractor shall also meet those standards of performance under this Task Order Contract. 7. STATEWIDE CONTRACT MANAGEMENT SYSTEM [This section shall apply when the Effective Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is $100,000 or higher] By entering into this Task Order Contract, Contractor agrees to be governed, and to abide, by the provisions of CRS §24-102-205, §24-102-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order Contract, State law, including CRS §24-103.5-101, and State Fiscal Rules, Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal contract administration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include, but shall not be limited to quality, cost and timeliness. Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be determined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract term. Contractor shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project, the Executive Director of the Colorado Department of Personnel and Administration (Executive Director), upon request by the Colorado Department of Public Health and Environment and showing of good cause, may debar Contractor and Page 3 of 5 Rev 6/25/09 prohibit Contractor from bidding on future contracts. Contractor may contest the final evaluation and result by: (i) filing rebuttal statements, which may result in either removal or correction of the evaluation (CRS §24-105-102(6)), or (ii) under CRS §24-105-102(6), exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107, 201 or 202, which may result in the reversal of the debarment and reinstatement of Contractor, by the Executive Director, upon showing of good cause. Page 4 of 5 Rev 6/25/09 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT * Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. CONTRACTOR: Board of County Commissioners of Weld County (a political subdivision of the state of Colorado) for the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity Authorized Officer William F. Garcia SEP 0 9 2009 Print Name of Authorized Officer Chair Print Title of Authorized Officer STATE OF COLORADO: BILL RITTER, JR. GOVERNOR For Executive Director Department of Public Health and Environment Departnjent Program ppro jl_ ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. By Date STATE CONTROLLER: David J. McDermott, CPA WELD COUNTY DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT Mark E. Wallace, MD, MPH - Director Page 5 of 5 Rev 6/25/09 EXHIBIT A ADDITIONAL PROVISIONS To Task Order Contract Dated 08/04/2009 - Contract Routing Number 10 FJA 3047 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. 1. This Task Order Contract contains federal funds (see Catalog of Federal Domestic Assistance (CFDA) number 93.069) 2. The United State Department of Health and Human Services ("USHHS"), through the Centers for Disease Control and Prevention (CDC) has awarded federal funds under Award number U90TP816827 and IH75TP000352 hereinafter "Award", to perform the following emergency -ready public health departments by upgrading, integrating and evaluating state and local public health jurisdictions' preparedness for and response to terrorism, pandemic influenza, and other public health emergencies The State has formulated a comprehensive State plan, with associated budgets, to disburse these funds throughout the state of Colorado. Under this comprehensive State plan, the State shall allocate these funds to qualified entities to develop emergency -ready public health departments by upgrading, integrating and evaluating state and local public health jurisdictions' preparedness for and response to terrorism, pandemic influenza, and other public health emergencies with federal, state, local, and tribal governments, the private sector, and non -governmental organizations (NGOs) for the citizens of the state of Colorado on behalf of the State. These emergency preparedness and response efforts are intended to support the National Response Plan (NRP) and the National Incident Management System (NIMS). If the underlying Award authorizes the State to pay all allowable and allocable expenses of a contractor as of the effective date of that Award, then the State shall reimburse the Contractor for any allowable and allocable expenses of the Contractor that have been incurred by the Contractor since the proposed effective date of this Task Order Contract. If the underlying Award does not authorize the State to pay all allowable and allocable expenses of a contractor as of the effective date of that Award, then the State shall only reimburse the Contractor for those allowable and allocable expenses of the Contractor that are incurred by the Contractor on or after the effective date of this Task Order Contract, with such effective date being the later of the date specified in this Task Order Contract or the date the Task Order Contract is signed by the State Controller or delegee. 3. In consideration for those services timely and satisfactorily performed by the Contractor under this Contract, the State shall cause to be paid to the Contractor a total sum not to exceed THREE HUNDRED THIRTY THREE THOUSAND, SEVEN HUNDRED FIVE DOLLARS ($333,705.00) for the initial term of the Contract from September 1, 2009 through and including August 9, 2010. Of this total amount, $333,705.00 is identified as attributable to a funding source of the federal government 4. This Contract is funded entirely with federal funds. Therefore, the State's liability for payment for all services rendered, or goods supplied, under this Contract is contingent upon the State's receipt of those federal funds. If the State does not receive all, or any part, of the federal funds necessary to pay its obligations under this Contract, then the State may immediately amend or terminate this Contract without further liability to the State. 5. To receive compensation under this Task Order Contract, the Contractor shall submit a signed monthly, Emergency Preparedness and Response Division Reimbursement Statement in accordance with the Emergency Preparedness and Response Division Reimburse Requirements in a format acceptable to the State. The Emergency Preparedness and Response Division Reimbursement Statement and 2009-2010 LPHA Reimbursement Requirements is attached hereto as "Attachment A-1" and incorporated herein by To be attached to CDPHE Task Order v1.0 (11/05) contract template Page 1 oft Revised: 12/19/06 EXHIBIT A this reference. An Emergency Preparedness and Response Statement must be submitted within thirty (30) calendar days of the end of the billing period for which services were rendered. Final billings under this Contract must be received by the State within a reasonable time after the expiration or termination of this Contract, but in no event no later than thirty (30) calendar days from the effective expiration or termination date of this Contract. Expenditures shall be paid on a cost reimbursement basis only. All items requested for reimbursement must be allowable and directly related to activities identified under the Scope of Work. These items may include, but are not limited to, the Contractor's salaries, fringe benefits, supplies, travel, operating, indirect costs which are allowable, and other allocable expense related to its performance under this Contract. 6. Expenditures shall be in accordance with the Statement of Work attached hereto as Exhibit B and incorporated herein and in accordance with the work requirements outlined in Attachment B-1. Invoice/Cost Reimbursement Statements shall: 1) reference this Task Order Contract by its purchase order/encumbrance number, which number is located on page one of this Task Order Contract; 2) state the applicable performance dates; 3) state the names of payees; 4) include a brief description of the services performed during the relevant performance dates; 5) describe the incurred expenditures if reimbursement is allowed and requested; and, 6) show the total requested payment. Payment during the initial, and any renewal or extension, term of this Task Order Contract shall be conditioned upon affirmation by the State that all services were rendered by the Contractor in accordance with the terms of this Task Order Contract. Invoice/Cost Reimbursement Statements shall be sent to: EPRD Fiscal Staff Emergency Preparedness and Response Division Colorado Department of Public Health and Environment EPRD-A-5 4300 Cherry Creek Drive South Denver, CO 80246-1530 Unless otherwise provided for in this Task Order Contract, "Local Match", if any, shall be included on all billing statements as required by the funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 7. The State has determined that this contract does not constitute a Business Associate relationship under HIPAA. To be attached to CDPHE Task Order v1.0 (11/05) contract template Page 2 of 2 Revised: 12/19/06 EXHIBIT B STATEMENT OF WORK To Task Order Contract Dated 08/04/2009 - Contract Routing Number 10 FJA 3047 These provisions are to be read and interpreted in conjunction with the provisions of the Task Order Contract specified above. I. The Contractor, in accordance with the terms and conditions of this Contract, shall perform and complete, in a timely and satisfactory manner, all activities described in the approved Statement of Work and Budget, which are incorporated herein by this reference, made a part hereof and attached hereto as "Attachment B- 1" and incorporated herein. To be attached to CDPHE Task Order v1.0 (11/05) contract template Page 1 of 1 Revised: 12/19/06 ATTACHMENT B-1 W O a a 9 CO N N O L 0 L N N 31.3 on 0 O Vl 01. E .0 CC x a 0 O O O O E a a a� E M A 0 0� v a L 7 Al CO N A fA ='C o R d Ln. 3� a y a . v : O 0. t n v U d bL F E o C L d o s. � CC o d O a.. 7a E U 4.4 MIS) A U C L U 0 U 'O Ca en C_ C a0 a LO N O I -c O (.) N Contract Term: September I, 2009 through August 9, 2010 on 0 c L 0 L C p 70 O O N U 0 c U N O s t O Y `O ° et h el L Y w0 7 o op ° a o.E a O a c to 9 >C,U 9 ou a) c O N N 'N' c U U J - 'N U c 0 O S ro w s N 0JD w � ° y o 0 E N ao O N o z J C c la ro N E 9 N S y 0 s Uc E la o o °" J a o N 0_La ro V 3 N T m a a 0 -1 0 N c ca s ==.EE O ro °� E o E O z .. E. c.r N O O O C U G.CC L rn CY N t- c N L rn o o ro `0 3 c o V ° 0 0 0 O .0 U T .ate a roAaN I.0 t) .Ol y C .°. c c t v y° 0 E _ a aU w En E .0 s no a .y no N -.. - S 'rd 9 9 0 a N > C z E To � 3 N y: y > C O N S J Q9. .V ro E C T.. L03 = J J E N J co 0 O. N "a s'? v E"eo os c r.N O H 2. 0 uE uE E °. o w ro O N yZ o 0 0 y Q.• 0.1 M N J _6 .-5 a E E A C C T 69 03 y_7 CUU u O y y a Y-. C V O `a w E N° a! bp V O C 0 n tC S 'j () O O O 0 U O N C N C - 0O at c ro ° ro o U m v, o cw a' 4 4 O° v .r..E.0.F., m u c a "o a c ... m_ s `ro m .e o, v ^� 9 E c F 5 5 0 z N 0.a N N O N CC ro N V C 'L' h 9 ro p Yen 9 0- m = >. N .O 4 v v ca _ U d C U c Eb O 0" a O O H V E 17.2 CC 6 30 t _a E•E E'S'L E 12 5 C 0 Co 00 0 c o O O ro .O C..“..) U Z V U o0 U U$ 5 3 Contractor shall ensure that all service related expenses will be completed and all goods related expenses committed by August 09. 2010. E c N E N _ O To' t o c CC t CC C ro N gx C U E � S.— O as ° E t ro 00 y 0 " 0 U N N p " 0 Ca V J y no e0CC J U D • 0 o °U/� L 0. 0 •.,.0 N E asE V ro .w h c y w en o 0 a c u m ro y O v 0 7 c o o 0 6 N U C 0 a ° ' h o - O ro t> LP c a) 0 TU v • U p x S U C U G Sia T g o O TU oc C U 2 N 9 a m J' V o '= L_ . U y aca U ro9.EO o ro 0 N L 0 J .0 00 0—' w c a ° 0 N Q .. N O A N aE a na 9 N 0. i° 0. t J T ` o N N N 5 E m0 N N o 3 any off° ,n o 9 ro = ° o w ro m 0 E b c c y ° 0 V 'E N o " E E 5 5 N E.00 C -0 o g y a o v O m Jaa o E— E ro y J U Y y N �., c rai o E -o 0,Ea °o aE o a m U E B E• o V . o N N E a°)) U y W J 0 = S V 0 cF E N ._ v L•` 0 0 v C i° N N N 0 0. 00 1-0 O m o w o c J N •ECt q u a C C N ro N E 9 0b. N N N h00 CC T N n 70 u 0 •� ro U O O° ro O U U y N y S t F t o <ca i` Crl a 03 AI IALIi1VIEINI B-1 E E.cc, 0 F L U 0- d ¢ 0 J y L P. _ vi o 2Y. 5 -o = c) n G 9 F 'zz2 n m F o `v z.� = 0cn 9 .0 0- t Q y C G •OU v E ,,, M 4J 4G C q t0. 4 G H t o Cl. Q v = J .3 "C = 0 E ci_ c ro t) c E CP. ro o v A ,7 0 00 0.0 n y v (n a h co V t y y C C G O r R V O G y V O G 00 bL _ .S 4% 9 IM a EE s- ab 9 o L $-,y 13.' y cc o m es q y U O. u G 0 2 0 O — :d ro M A c Z 0 c G m A 9 d 4° a.2.';' R Y U 0. O c 0to E. 0° �v°',s L. S_ n .-" O q 3 0 c c y y c T v' >. O .0.. " ro V O 0. G' F a c c c c 9. a c bvtp o o `yL a¢ m U v _ E Nrri '.00 co yrd 0 C U C . r Q U a O (%l cocco O o r t . x Q c o a ° y -ad c G y y cn E 6o° v, Z a a 00 v= =.BCE a' o n. ro E 'q' ° o 6 -o O 2 ro Cl) itl ' L 0 T O .O c� = C R .i C �' O N H .ri N o E . ck m a o a c ro a'«� ro v N c E E E c.....; _c_- 0 C U 0 C c co V' J O ro T O R c C y' , fj E cE0 U 8 'n ro c y cot=`n E es o c s= 8- h. q -,8 0. -'_. O O C 0. H =z 0_ E°r` h .0 0 _ :_ 0 0 u O o E m �' a 0n�`° °' U p_ u: - I .W.+•≥ _E G `` .0 0 G_ U, C L 6 R o E co 0 O r 0 •. -iga.; 00 > c a n 0 ac To Q C! O C c/1 U 4? G. ryii m u y E c q.3 a co 9 O' U C U'E c c E C k 0 y v 0 T vi -o 0 co c 4. a 0 0. U E 'o u o y c 00M. 0 E c X a 0 0 3 a L c R E a o ci y • E C E C' m E . y E qs &oo m 0.— :0 .VP 0 3' E E o 0 m :c G C44, C c c c y b E c c.E c co o m 0 O c y v h 1 u a E C. O S C E 0 O. E -v' > c :.. c m 0 0 0 0 y no s O 0. u, ` o .cF m ' c N c O q . 1 ^ 0 0-0tc t't 03E V o C0 0co 0 N c' C' C a! c U O 0 L 'y 2 cr 3 o c "' °J a ` co a y O co O C S .yC G. L� O o -o c i •E U y El co c 0 0 is _E o c0 0 0. C 'p U _o ,O ,.-..C O U 9,... u es15 y u O ^ o 0 0 o . m 9 o i ❑. cu S u ro v. U U E Et c 'y' c �c E C C C O ro U U U m uui c co 'E `i o E >, E E c ❑ E v o E U'>_ E O E R Lt.0 C 0 taj 0. m= G C c C Ea. Co U V C 0. co i.V E 2 Y 0 0 T U Y 0 q Oro u cc L U N 0 0 = o d ^ to o a cc 0 a 0 v o C 0 o .. E C t O y t 0 u EEco L c c04, y 0 •E 0 o on U' c 0 0 E E ro y p0 .. .Cl) EE 01 CO om 0 ... . ' a O c c 0 C c o - ro P. = U 0 O 0 C ,-. .. c0 w t c c a o o N y c E c 9 .. 8 E y c c a a 9 ro G N v, O L c 0b 0 C = 6 s o V 0 q ta y .E T c c o 00 9 c y L E W L0 U 'O C o U V C 00 C .0 U _ el 0 Lvn y 0 y , i s 0. ntified under 0 y C U N E 4 O T U ro -o L 0 3 c a O y S N .) ro E T 0 hi 0. U y G .O .O v c^ cC O C m C O a N ' 0. E c co 0 = o c. cc W L O 4. c o 0 0 S N a E V L C EO a .y E s o0 A L c 0 c o c c OctE Cl) cc L 00 [- .E =- a 0 .a =cca0 O L (n r. OFso U 0 C `?S d c0 v R L u V Po U o L on co G v 0 O -O Et c E uf O er 0- '- •v, O 0 T - U c L C E y C 3 E E N > oS O V 0 C RI .8 o sa. ro L U m . E U 0 Y L 3 Y q T = o c 0 0 4) M E c co n EE U 0 ca y m ro ci o L q o cc U O z 5 o 0 y o E a S y G ca = 2 a y y 0 m C c y CC u ro L S C O „CO U 9 c L N U'o T E0 Z R ._ ro E v y o p Y 0 E m « O .U. co c .v. co E > > 0 C U L b C1,,Jam 5.o E y� s c 0 Q_ c C _ v o o a v00 a =3 oc ATTACHMENT B-1 y O 0 a R N es O a 0 L 3 a U C N OLD O ca VI 0 C) u 0 O N o. 0 0 N tion of Funds: in March of each U G 7. _t 0 v v 0 :OO : C 1 C 'O a 'J cn "0 0 v c L c C) E_ W c 7 c 0 0 C) 7 7 U s v v c C, W 2-7 C) c c 0 O L G 0 U C C) L n v U U U 04 c L EPR Program Contingencies C C L 0 a 0 U no 77) c > E c C) o .ro". C .o U v 'v 0 ovn O 0 m E0 L _T 0 �o m G ro v O Q — c Z 00 V `v 0 v J C U C p L a❑ o 0 $ d E: ca 5 o E 0 0_ m n U U N W O C U N L v d' 2. U O b0 ,.. b0 C N a .- C'C) 0 ` T c X N E s ro 0 t v 9 U O V a U W U EE._ c v Pu Lv 0 — On a5i C s v .0 L d ro.E v m 0 c v a E v o v -. i sro — n v y vy 4 LE 2;c m '- c 3 c.- a ro a' O O c v ry c c a ay 00.0 O C. Y O >` y 0 t v C y c 15 'c's0 ) m'= vw E .0.E c "'i o C ,r n v a 000 W a 5"L. U ,. T :0 _ 'ro _ N a v C a is v Cl p " U C C .� N 8E. OU CO O >, vo ✓. •E `v 3 O E a c v .OO m a 0 a v3i o0 3" 9 U O m W a N _ F N dC9 `� a 1 C C 6' Y .- E U— O On 02 N 0 O• v a 'road 9 n -v. v ro y c c v E v v 00. j A 7, 15 - c o sE O r� 'a t o o c ,".. o N s "3N S 2 ro ta v -'3 r;G rx -:d! G C v 2 o c c.6 W W 3 .v E c v' r y o o a,_ 5° a> O G' ... m v a .,, O ro @ U t4 N G. Q L L O N C > CIO N .d G, 0 'RI ro.V.V UNJ C N 7 w o 01 c 7-7 E v 0 > ..Ty -0 ffi 60 • a n ti y o Ce 01 CU a, 3 oE E U c d❑ m o f v v v W- m'P G..°O.W O v.w o a v w'H L. c .m` m a n 2,1) E >. G s 'N •v. o' m da o 0 a 43 c N• O L Td . C ,.. C v O v Z' ro v' ,m .° 3 3 E vv .0 — C .O a ro C C G E� 9 U C . U O O p O C _ c ._ L U.- c. c c t G c c' v Ln On Fa ,C, E o o y ❑ C EL. a L -0 L a 0 O 0 0 U U O 5 ro Ea W. a y 5 yu a ° N 0 en 0.0 a 7 2 LT] 0 N 0 0 t C R 0 d 0 63 V C LO co E CA 0 U 0 0 Cl 0 O 0 cr. y• n v p P. log L c .v� c o00 `c U 2 �i E 0 a .a aciWyic: 7. N c a c o E5' 5 c o Wp o W G Ca Y GO 6 ,'T° W TO � 0 L 0 a 6 0 J c'E W Ftl O _ E W O ag s r C 9'flit 'O C Y 0 9 i °o. -E a :p O,C YN Y.E 6 .off a -,9 �F� os o W •=3 r, 04 o a .. n' to 2 Y o to m m 9° o m x °' .� m aci ' ai ro c a? �` E m m m Y 0 0 > T. y YO Y 0p 6 V O on .p a� Y a� 0- Et ca.•E "y Y t°v y J •c •-• E 2' '� O 9 Y W .E o E O °' aY.n `° 0 cca N Y co o 5 ca H C a E a c,G C9 CEo. C cc: la 0Y0 'O P. O Ca) J Y ` c W° c c U y ro 0 L t- co ca`� C W •C sac U m 5 0 N o `'] tY.p L"' v as o ?; m S m 00 8 i2 �' W o voo Qv .00 3 00 .t= 0 W> .E 0 03 E U W ,u 00 0 N.E �R '= aLA Ta LC ,° O N CI c c .o ❑ .° ' J >, b a O N o c O E 9 tO �' N a• o N L Ysli E 7 YW S .� 9 U o c .IVO C N a 3 Z 0 0. E.- O O E t Ts 3 �• ei E A 9�2 y O 0 QA ar C« N' ° >IIu 9 O' 0 O a. 0 0 T .0 0 N C y L C N O` > O x Ea LE E O E O W. o> 0 F .o " X c •c o , a sE0 t- E_ .E 9'0 ac `O E Lc _ a Y = E w Y Y a co, Y 9 9 W„ Y m = A. O 0p N V- O c N �y r 6 N ° 'o c °_' Q U Cl '''� 5o E Oa E a -o •Y E a �� m _•'4E" Tit, °' ,, �° Y s o W a v �p '� ys a �:, L C E 0 L ro°U o E c a E'5 ro E B' Y: E G E0 4, °' '0 C 0 O � N to '5 o a a Y_ N Y 5N E - 6'v 00 Y 0 — O C y' -H-"......— ^ ti c O Y a N E m U Y cc W E O d0 0c d�cv� o r�ffi P.E mc.,0 a5E r-, e x yz°02 E �= D'o° oY aU=0.°'E.= E ,n [a t FO 3 `�-' m fQ o m Y — N m Q.� a E 5 E�'' m Y c cu c !.E a.4 .�QY d o s� v '� c o ro °.° H `m v 'a = a :=, ° c c ,.. c y `" o Rni': " "rocyEE=9 ac [.cl uPhill cc-c Y0W mO [ctl y C C N- O' 0c 0tC'O > ro U(J Lt0 `Ov o s . bp y EY c 00 O @ 5 00 W' = y (6 O G G u y 5.55 N s la R U G cL L L W _O O •O 5 .E E E _E W O i 9_ N 0 0 0 2 Y E y b c c L II cyc 0 '. �y � .c .c'-. Q t� aR0 Y 'o E L� (Wtl N 9 U •o '; ' aYOo -" Y `� • 0 i [i = a0i F y v. O Q .E ,� 7,-5 a' U E C E Y L z9 Q ,o `° U Y 9 [[ ac m m a.¢ C O m a 0 0 a E Y O Y a❑ 9 y O E 0 < N < s t 4.. O ° co c i N. co 5'0 Ya c m 3 v W€ at - a^ O W 0] E ch o E m E c W Y as a o c 0 •o 0 c ro 0 0 -a Y c m oo y Y ._ U) cY x vim N 0 V A a ATTACHMENT B-1 0 O a Ca R v V R 0 ao L 3 C T O d a P.0 O v Ct E Ct 7.7 0. O N O > O > O N U z S N d.. C 2 w L '0 v o _ O F c0 E Ca Y N L L ., C a. o C C a N U V .C t N a .C -C E m v w L F L ' O c ° ,o o. a J a Y a W'a> ar E s - t U a N eLo C 4-` ro o 0 ccl ° o v o W v t.0>a• ti Yd -0 " C C a C -'O c C C '- S'0 > bCq E m= t v _ n ... C Y ° ''t; II A,`8 E.= E 'C a Cj = -o ° a E E ro u 0. a C OU o -to - Y o us .E 0.a a a v U.-' c c H 2 J Y Oa 17, spat 2 v v O a t O> a 'o' 3 m `E 9 u c� t w 2 o c 'C a v Y'E v a N -0 C, E p C g J Y Y 8 2 0 C a> v o ca a C V 0 a y C N 2 W y Y 0 y.._ 2 Y C 8H . a O ' a -o cz td a q G 0 V N W pp.° N a Y a z C c L L C 'E.E U U .E L a <d C C C Y CO` > ' a o U L > O .° F G t -o o o a E-0 o c r2n c Y td ono a $ N c .E o Cn J m Y . U a a li s .O ` L ._ c O U o -o v w v t. a O L O U N N a a `8 W V v m a o 'C a N oA C N C E W a C C G V C Y F '° E N t C) a0 aC) • a.E E 3 a a aN 0 o N 'O tn v S o W 9 - 2 N W W O a I. a z� E.+ 2 0 a v o Ca wtN . C g C R 9 a 0. C -o I. a .5 L w on C.5 Joz -cte E2 0 o > o73 164 on 8v N U c-, y C C E gU a a E o O E ° U ,� C F 5 0 Y R N s- N o ... o E C E c .° 9 ° m N U .0 b O C N z i°en E O y U 0 V Y F w a o z a c a a C N O d L F a A ai.• -o N v Nto G c ea tO a .D L W J '≥ a X U•- U'c o w f Q U o pp a 'O 07 ` o aC 0. a c o C ° -El N N V a C C U v o E N C2 OD C ^G C r C .- .E L Y C a V Q Y o a 'O C .F .- U c_ < al � a C W 4°'E C 0 'ro v a7 C N .E C U >v > c a E C-. 0 ,0 0 T � mo C N ECi u as E m 0 O ro 4 E g 0 L 'O 0 IC Ca A C a 88 bp 8 C a a v a CC. v a .≥ m c 9 0 v > 0 W U E a o. 'o 0 N E ,`O y 8 .E Y v U J > a 0 E ntractor must O '0 T C C CO C N"0 C 0 0 0 Y Q 0 v o c a 9 �Y o a O O � "a U < 974.1 VY a Q pp az Q N D " G O a ro N 'y c o m a a a ) ppG Y .5_ a a E E o oY -o v c E E -o E O L4 O 4 0 C c U Y ro 00a Coro a .p E . Y •_ v t W 2 A.C a ` N N 0 o aC C a m' c ca : o C CO G U y U 9 Y F i F .. p `tin" v U a T... W S C 0 a 0 > a v t O O a C a0 S F- 1' 4.4 a a a 5 a C U a z_ L EtE 'o E v 0 U 0 0 C- N a a` N M T O rn O a -o • C) v a p 9 y N c v Oa .0 Y d o z > '. r� 0 s O a 0 II v Su Cr N Y N Ncn w U U z0 2 O v 0 C 9 9 .Jii C N 0 o Y. LE 8 Q ATTACHMENT B-1 O O O.0 a ATTACHMENT B -I y 0 0 C.. 9 R u C! L C. Yy L v O d d en 0 0 61 v vt W .0 u_ O O N 0 0 N CDPHE Measure w N N ✓ 0 o co O J ▪ W L 0. Zo= d 0 U w c d Vi c v m a Z 9 .v h z c QS FDU V U o c'o-U g o E d i ao. y d N a C Y h 9 d E V O J 07 Cr d o W 'a L 0 Et .— 6 L V. R O C O ay a'. It a 0 •c w 9 d w w Z " z d 9 d e p• •0 a 00 E ;: J ; ae V. C C L V • e 4. tapa E lam. • •b0 d C a=.+ y • d c; R6 (1). Posted Regional SNS plan to the appropriate All -Hazards COHAN folder. d u E O y y et to c c a C •C C • a d 9 an c y c O E V C.1 Oa 5a w .. a5 cn E Z CI) c w O it C • • Z d 0. Eo • E o F =• 5 - w PO d c 9 C C6 C VJ h� _ • Q ▪ U 0 0.0 c • a o 0 N i CC CC — O r e. r V 00 d p v d a eel w e.g, O y. C R E V i • E u d C C con d Q" S o on w W d w 0 .= e= .5 i -` m `d E d as. E z '' w906L m CnCd£yV -., Cr9 L J _ d O I. 0 L k 0 7 4... 0 1 V d d 9 a. w aet° a G L Q I. N T L CC 6 u ddd.. R • C.9.JE hoo aON C J C et ,d„ d 0 W 0 d 9 �= O U R pp R R d y i T.� J w G C T Y d w 0. d d R = C Ca N d r U d a.9 Q W c O V E£! V a C '= C Q a O J h. .' d J V w 0 ary d 0 ea tim >I'R V C w J• V _ d o .as s 6 i aui .O. 0 W 6 a d C L y w d J O 00 .0 a w w i x •� p _ t¢ 6 9 L 1 L 9% d 0.v 9 6 a t CC L7 s E z u d w w a z h .a w 0 CI w J ... y i. d • xc.9x y0 . = a F C 9 a C o 0.w a W a d . C 'O 0 O w V • 0. d T CV C.,Q NC L .-' d" ya C v a coC G y 0 x G Fei e b• a a t L. E E a ° C 0 R 9 W O o tas . Z 9 0 d E' C L. :- .6*= co. 'y E a t o cipm ,Q. ` d $ yo`d m 'S f V o c c F= v •- 0 .....; >o r •i .00° Z J o J �- a a •:: u 'a • aO in C- y C E• W tat R c U cE lic.d o E_ t x .d. C 9 .i- L-. Cr—, O O N .o= Na v,Ca dUcm< a 1 R m d u .•. • W y C w d W V y C c d £ d E OE et R W L O i ▪ L y c . a u2.1 a= a G w E. h V O C Y .+ d C E 9 C L Q w d a C -5 a` Al I ACHMENI B-1 LT.) v C O O C. cn NNd Cl C Ca d a "3 • c. c. t • d a eo L V N (� E W z N O 0 N Q' O O N ATTACHMENT B-1 CDPHE Measure RIO (I). Document assistance with the development of at least three local/regional medical surge drills as documented in CO.TRAIN. RIO (2). Posted all medical surge drills and exercise participants in CO.TRAIN. All participants who complete a training must be verified in CO.TRAIN no more than 30 days after the event. RII (1). Document all training and/ or fit testing sessions for which you assisted for public health and/or other response partners as requested in your region. RI1 (2). Posted training to CO.TRAIN. All participants who complete a training must be verified in CO.TRAIN no more than 30 days after the event. Regional Activity a -. z h00 r'= v =msQ C �° p L° d m c a w m Y Y L L 'T moo x Q „, a <' °S s = a Q LOW GQ�'Y..NL i9y 00 yc. L C Oe ..r _ - L cs L Q i:. y Rcd C 6 46 N u y d a Q '9 L L 1 G N cs Y d Le 0. . L EL R r. d di C R c = $ w= v m e C aEi W o y Of =O =a = at C a >ET p 'J a 4.- L 9 O 1: t, RI 1. Be available to assist as a resource for respiratory protection training and/or fit -testing for public health and other response partners as appropriate within your region before August I, 2010. G R O CZ Q c a N E 'y a a m _ L O [.i e .6 V Y °� C_ y E o•-°, vri)iy o `o li cS,'•S—`-iz u W P. e T- E ai 4.1 C R C 6` 0 m •- L E d o R y.".i = E E� dX A «p '� E A e = Qr = d a, O eew O 0 9 Y W >-' 9 � L ''„ E yQ L> G E Q .. v= v a, t C J 1 d L R 00 >> V L° Q R N y. L' em E •. o 0.'''t Q d= c m N E o= E e -E- y y0 = u o,c 1 GQe C N i, t .` L '� VJ E Q Iat - L O '' •• L .J Q K C k E O O E > .=.. O. Q'� O.0 L v et a+aw UL a+Le O 9 Q O O E " 9 E U ec y°=_= Q aVI r a Q __4 = o.�. ticR v x y O 1:4 a a C U N 0 O v oA Ca O c Ca U C C R N C d vs a ce L L ▪ 3 >-' v c OM Ca • &D L F U U _ L_ c O O ON O N N } 0 y Ca y O a: O Q E • y 'O 00 a o w o E c o 0 d w CC — s c 'o En c• o c N 1-• O Lto o ATTACHMENT B-1 d O O. O d Q4 R O d_ O d Y L d3 T4 O C. OS) O L U C. E L R 0 X V L O 0 O O N N 0 S ro AI IACHM EN'1 B-1 W N O N C C W C C 9 CJ � Y " 3 © a` T F C Y oo n s. u E 0.4 R O 0 N O O (NI CU U R U CU • u 0 U R d r C O W et C0 = N O C O a Location/Time E03 O M a I O M ni , G, p CCC O M O I O M ni C O M O I O M tT t�C O M O I O M O` ttoo O M O I O M C 9:30 - 10:30 am to O M O I O M O\ O M O I O M 6 R O M O I O M ni 9:30 - 10:30 am CC O M O I O M O` N O M O I O M O, (C O M O I O M T N O M O I O an R O M O I O M O` 6 O M O I O M 6 F O M O I O M O ,. y (] a F Regional Epi Conference Call Regional Staff Meeting Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call] Regional Epi Conference Call Regional Staff Meeting Y Qr August 19, 2009 September 14-15, 2009 (TBD) September 2, 2009 September 16, 2009 October 7, 2009 October 21, 2009 November 4, 2009 November 18, 2009 December 2, 2009 December 16, 2009 January 6, 2010 January 20, 2010 February 3, 2010 O O N P n L March 3, 2010 March 17, 2010 o -- O N Q April 21, 2010 May 2010 (TBD) C cA A ATTACHMENT B -I GC a 47 cn = 0 H a N v 0 40 I L • L 6 3 0. u • CI.' 1 0 a ▪ rk E W as a v A. O 0 N O+ O O N 9:30 — 10:30 am 9:30 — 10:30 am 9:30 — 10:30 am 9:30 — 10:30 am 9:30 — 10:30 am 9:30 — 10:30 am 9:30 — 10:30 am Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call Regional Epi Conference Call May 5, 2010 May 19, 2010 June 2, 2010 June 16, 2010 July 7, 2010 rJuly 21,2010 O O N 4 V) 7 0A 7 Q ti) e z 2 re a w e � I K� - k U� a E < D0- a. @ z 2 LLI >- S « � § q 0- « U) W Z < U q 0- -I v' ce 0 C k \ 5 Please follow these ALL Evidence Elements (items under Measures and/or Sub -Measures) must be addressed. Every page in the application must have a page number. 7 D 6 n� a)2I U, • a E 2� §ow }/S"e IA CD Jf« § 7 / } U ff SE iu§d3) C U) C §0 .0E] ka)(o »f \\5 2E c§: 735 a 7 )§40 0 \� $Q.-._ O.mc t2 Sc) _00 C0 k� 7{._ /k \o0 �k u$.0 j13 5©/ 2 0. ` ©_ � a U%S$ E $f »1§ ]/ i7g \/ 13 \� -o ca co \]a 8® Co\ %k Ei$ ®E=5\2 . ee © O to 02W U 2a t= -°E 2 ca 4,0 e MOWS §/ �kk� '= 3=== ,. iii 222E U)2 = k a,2 a- 3 ' _ 0222& 10m$ To7 /$-a i-E-a.(\ w w w .t w ATTACHMENT B-1 1'ACHMENT B-1 0 cn 0. ATTACHMENT B -1 a. = C a a> d R H N C w :a i6 6 L C44 P44 • Q 44 Ow cn o L U u V] E R Y u_ 0. O 0 N o' O 0 N I'ACHMENT B-1 v c a co, Oe a 9 R 9 n L • O I. 0 � b • a eon Id CI CC E z R a 0 0 cv CL, 0 0 N ATTACHMENT B-1 a 0. w 0 a H a i H H = 4▪ 4 L CO • L. � a 3 >--. 0 44 V a IN) 0 L V E t _w V 7 a 0 0 N O, O O N liill Comments &lor Explanation for Item(s) Not Addressed m4. Epidemiological Data Page Number(s) LHD with neighboring jurisdictions or military installations. M. Epidemiology ml. The plan contains the protocol(s) for event -specific collection of health data for active surveillance outbreak management and regular passive surveillance of communicable disease reporting system currently in place. m2. The plan provides evidence of early incident detection (e.g., the use and monitoring of regular surveillance data). m3. Epidemiological Investigation Tasks m3i. The plan calls for the comparison of cases to the baseline and confirmation of diagnosis. m3ii. The plan calls for contact tracing. m3iii. The plan calls for the development of a description of cases through interviews. medical record review and other mechanisms (person, place, and time). m3iv. The plan calls for the generation of possible associations of transmission, exposure, and source. m3v. The plan calls for identifying the population at risk. m3vi. The plan calls for the evaluation of therapeutic outcome(s). m3vii. The plan describes the process for reporting notifiable conditions, including any on -call system(s), policies, and procedures to take reports of notifiable conditions 24/7/365. m3viii. The plan describes epidemiological/outbreak investigation tasks for staff and/or volunteers that would be called upon in an LHD emergency response. m4i. The plan describes how epidemiological data is shared. m4ii. The application includes an example of epidemiological data that has been shared by the LHD (or that might be shared) with partners, military installations, M w 0 cts 04 Cs LL A'T'TACHMENT B-1 0 0 0 N C) CA a ATTACHMENT B-1 A.1..I ACHMENT B-1 O C. d C R h 9 V C. 3a C b0 O d CA E cc v L O a O 0 N O O N O N N bo ATTACHMENT I3-1 ATTACHMENT B-1 Z a v y e o e. A N N Yap C F A N U C 10 U R L G' 0 O u O I4 v G QM O L U U CID E z a d T_ U_ 0 c 0 0 N d 0 0 N N rn C O N N tM N a ATTACHMENT B-1 Cl ti 0 y d a C6 V C O Cl R 4 v 3 Ti i a oc o L CJ u V) W.1 no Cl Cl 0 0 O O N A I tACHMENT H-1 o. d N C O a aC a in c CO C e CC. L d 0.3 O N Ot 0 d Vi E ca caJ Q co 2 �=. W z LLIZ (Z 0. a a 0 W J ON W W 0 1=- O Q U = a a < 00 0 J J U c 0 LL LL ce Ui 0 W ft I t. 2 a a0 c To 3 Please follow these ALL Evidence Elements (items under Measures and/or Sub -Measures) must be addres Every page in the application must have a page number. N Vi o n = « C C d E a d a W d 813 C c w>C O tit -35 U d o O d o_ c E > c d y m d d 3 g m ac O m C d d m a -2 CO _ X CD to; d — U C d oL U =p N C m g E O U C o E a En 8 -m a� a 0 N E d � 2z O p) o cc r. " c_ c > a d D Ti oa m w o E o L Qa N N d do O O a a a C O > N d a _T d._. Co L m0) 0 m Q a d Co d e > m > in N •th N n c w d c a0d d E E 8 m E _6 d J U 3 C N O D > C d d Ui E. 0 d E c d m w 8 <3 CO d d a L.. c O NL c m m 0 E d d .n c W 0in 0 c c c C d p a`o > W C 0 m r a U 0 a — r ns o C m 9 o aai e) -- c v d aoi ma c co vs mm0 Dad in d in 5= d L E L 3 0 0 C y O E 0 3 w = O 0 o 0 v c n w v m E U m d N _ mt° L N ._.o C d N a C q c 000 w a °I a ilia U m E .0 ID d l; N E 3 O E c > N d •L - d d N C N E co m E CL d y p O 2dwa .0 0 d u, o g di 0 a 0 Q m C N m m d C O d y d a n E d a w'=0)` g m a U N o c 'occy J d C C w a d d !o o N N V VI W W L L d a (000o 0 01 m in a • O v or, o d _ co a e m c C'E m O E a m E a N c N E c m D O � L_ rn CC d d m = a m C d d O o a= d O J v (1). d o = r C m a 3 E O C ..,tL p L O m N cE m a w a mma N Cr) O N GOAL II -WORKFORCE CAPACITY DEVELOPMENT O CD C d C > m al 0 u N_ Y C _ rn t N O d D - 0 C 2 rn d c C « a d Nit o d C o .°'- GC0 c - m iwa j d D d m a d E o w °u 0 u d O C C 3 d C 5 m a N III 'j Od ._ E e v r 0 o rn c wt:': y c O• ,C 3 E d L d « F - Gm.; T O NCO R d d va� >7E O d G rn d �C > m a T 5 2 m a C Eaa C ay a O L > a v E i• U cz U U m d a d d m'- a U d d d t C 0 O a Pd O m o a c m 5'c .zw 0 0 d C 0 V a C C o m d d >fti a U O VI U OIL 0 d Y E O W a U O d C 3 d d q 0. A' -E 11 Q O > w t C o 5 0 10" d E it d N C « N d ro m E.C _ c c d a 0 T a d E E a v3 "(4 O d of ad " E d a O _ d d YM L O d = d « CO U 0 C L CO 0. m a Erna c o c L0 L C ECO 0 E •••• eV I c N 0? 0 O1 O d d m o m d a co R « c d E c m L Oy O M N N E Caw m o a ' am• o0 Ila 0 a si O m O N rn -a"' m 2 T C CD a m U C J;� ma- D m Q d d « « D III C L°m m « 3md o oSC a E d d d 0. V'u E c 0 coca i O c > E 0 a O d a N d U c I` a O N LEI d It 0. m C. V C m O E N E m p o E N Q o y N C m U a c C n O -5 - m d N = E v ry O o. E E U 7 y V C 3 E N m Fv ATTACHMENT B-1 rn O N b0 O O. N NU F+� v GO0 - d O > u PA 0 L U R U t 0. O 0 N 0 O O N M O O co U 011 a ATTACHMENT B-1 a a w ve ea C O O. h ea a el C h V C b V L es O a0 ✓ O L00 3 ei C d • a en0 L V v f/] E La L A 1 I V s t a O 0 N 0 O O N r en N N o 0.0 ed 4 ATTACHMENT B-1 O h C C • i LP. is- , C u y G b➢ O ▪ U ✓ CA E r S u u LL O 0 o) c O O N ATTACHMENT B-1 0. y O a ae 9 C R Y C N 04 0 L `3 0. U O Oa Clw CL 0 ELe ae O O N O 0 I- Z w 2 CI a W 2 F J W 2 J Q U 0 J co co z W cn W Q O z Q W U C W K W 2 0 0 cc F F z W 2 W 0 a 2 I- H J Q 00 Q I-4 UO Every page in the application must have a page number. a N @ O N C v v E rn @ a Ls.' v 8 a C @ O > VI wC U 'r v o o v 8 C J E 5 C @ N `0 r a @ c o c @ c C a @ @ U Q 0 M a — 0 N v. U C 2 O U (0 N r C E 0 O E 0 o 0 rn8 C nN it- nn N E o O N m 0 i v v t @ 0 > -0 v -o N O aB o .o @ a J E . oa N L 0 V N N N N O 2 c a c a w > a T @ v n O co O a co O N a ! a @ > co a) N.. o 'a) N. @ C'. J N N v E N N Eaw co Co C N a) O @ a-0 v@2 a o O @ U @ v N FWD d O a) n v v v� O 5 W•- c C v a CO y C C N 0 EC v N W O @ O N C C N U O.d > c `0 a O O O N U n'_ 0Q5 a Nc o 8 U T yj N T 2 QS C N a "Ora @ o) "0 @ a) v a ma CO v N mtE vrE 0 C y N w S E p 3°' 2 p J =Lc a J N al O) = v � C E O O co CO @ @ $ c co g C > p m O` N a Q N N N N d 0 N U J n QE @ 8 N E v cE a co 0 o?o N 0 0 v @ @ O U 2 d � N N �� O N ry o a s O = C @ N O @ C O N m E -6 0 a 0 a N n C W o @ \O U c C N a y v v c c @ v > 0) 0 0 wa)EE E @` v 0 a > — 0 L Ill O co N @ 0 acz a) o.2 w a m o 0 $ a E E w = C'C N @ O._ d a NEa N Tic E c v O N oC.E cc v @ 0 o c 0- o_ v 0 J N v v a o v v 9 3 U o �c 5zo O v' C ra N a N D v M V LO E O a 0 O M a) a Al 1 ACHMENT H-1 C C O C. GTJ con C R L v � a3 T C C V bL 1— Q V1 E V L O O N c O O N N w C Cl M V bA ATTACHMENT B-1 ATTACHMENT B-1 O 0 v O 0 a. ATTACHMENT B-1 y 0 0 C. co, co) N 7 U CS 4 d 0 ` 3 P.-.� U co • U U C. bq • U • V] H CC N U L J O O O O N N O1 0 N GD O. ATTACHMENT B -I N M O b M N OA N a ATTACHMENT B-1 COLORADO Emergency Preparedness and Response Division (EPRD) Public Health and Social Services Emergency Fund Public Health Emergency Response (PHER) HIN1 Phase II and Phase III 2009-2010 Scope of Work Weld County Department of Public Health and Environment Contract Term: September 28, 2009 — July 30, 2010 Scope of Work — all deliverables to be completed by July 30, 2010: 1. Review any HI N I After Action Report (AAR) conducted by their jurisdiction prior to finalizing their gap analysis. Address gaps in capabilities for mass vaccination implementation and support activities related to implementation of mass vaccination campaign. 2. Address vaccination administration and enhance the capabilities of private sector to administer vaccine. 3. Other activities may include, but not limited to: a) Administering vaccine at the public health -organized clinics or other venues and point - of -dispensing (POD) sites b) Entering in agreement with vaccinations and others mass vaccinations c) Identifying, engaging, and enrolling private -sector partners for potential vaccine administration d) Implementing a public health Incident Command System (ICS) e) Supporting logistical and administrative costs associated with vaccine administration sites 0 Maintaining cold -chain capacity when needed g) Assuring vaccine safety monitoring and reporting h) Tracking vaccine and vaccine ancillary supplies i) Monitoring and reporting of vaccine doses administered j) Implementing the vaccine communication strategy outlined in the PHER Phase II guidance k) Implementing communication strategies to reach the public 1) Dispensing/distributing antiviral drugs m) Implementing community mitigation activities/measures n) Identifying medically vulnerable populations and providing access to vaccinations o) Assuring adequate security at central receiving sites and/or vaccine administration sites p) Developing information technology (IT) infrastructure for tracking HINT personnel, contracts, inventory, grant funding and other expenses q) Space rental, refrigeration, and transportation expenses related to distribution of vaccine from central receiving sites to vaccine administration sites r) Assuring appropriate accounting and fiscal oversight s) Purchasing of personal protective equipment (PPE) for the public sector mass vaccination workforce, fit testing costs, and maintenance of a respiratory protection program for public and health care sector workforce I) Ensuring surge capability within a public health emergency operations center (EOC) u) Assuring medical/public health surge capability through mobilization of a volunteer workforce v) Registering and credentialing of volunteers w) Assuring interoperable communication systems Phase II funds can also be used for mass vaccine campaign implementation and not just planning activities Phase III funds are for mass vaccination campaign implementation Page 1 of 5 )-I -c 5 ;i: _.),-/C Emergency Preparedness and Response Division (EPRD) Public Health and Social Services Emergency Fund Public Health Emergency Response (PHER) H1N1 Phase II and Phase III 2009-2010 Scope of Work Weld County Department of Public Health and Environment Contract Objective: Contractor understands and agrees that no amount of funding made available pursuant to this contractual agreement can be used for any work or project other than that specified in this Scope of Work. Contractor further understands that Contractor is not to include any work not related to the Scope of Work on any reimbursement statements to the State. If Contractor mistakenly includes any unrelated work on an reimbursement statement submitted pursuant to this contractual agreement, then Contractor hereby agrees to return this amount of money to the State immediately upon becoming or being made aware. Contractor shall ensure that all service related expenses will be completed and all goods related expenses committed by July 30, 2010. Contractor shall comply with all applicable Office of Management and Budget (OMB) circulars and shall be subject to performance and financial site visits as requested by the Colorado Department of Public Health and Environment (CDPHE). Contractor shall provide status information periodically as requested by CDPHE and/or the Centers for Disease Control (CDC). The Contractor shall maintain a complete file of all records, documents, communications, and other materials that pertain to the operation of the activities under this contractual agreement. Such files shall be sufficient to properly reflect all direct and indirect costs of labor, materials, equipment, supplies and services, and other costs of whatever nature for which a reimbursement was made. These records shall be maintained according to generally accepted accounting principles and shall be easily separable from other Contractor records. Contactor's auditor shall perform audits in accordance with the requirements of the OMB Circulars A-87 (Cost Principles for State, Local, and Tribal Governments), A-122 (Cost Principles for Non -Profit Organizations) and A-133 (Audits of States, Local Governments, and Non -Profit Organizations), as applicable. Contractor shall ensure that reimbursement requests are not duplicated under any other Public Health Emergency Preparedness funding or utilized to supplant non -related activities or programs. Contractor shall ensure appropriate distribution of costs in direct relation to the activities performed. Unallowable Costs: • Reimbursement of pre -award costs is not allowed • Funds may not be used for research • Funds under this program can not be used to purchase vehicles of any kind • Funds may not be used to purchase incentive items • Funds may not be used for construction • Funds may not be used for antivirals • Funds may not be used for seasonal vaccine • Funds may not be used for pneumococal vaccine • Funds may not be used for Epidemiology, Surveillance or Laboratory activities and costs (Focus Area 2) Page 2 of 5 Emergency Preparedness and Response Division (EPRD) Public Health and Social Services Emergency Fund Public Health Emergency Response (PHER) H1N1 Phase II and Phase III 2009-2010 Scope of Work Weld County Department of Public Health and Environment Supplantation: Cooperative agreement funds cannot supplant any current state or local expenditures. Supplantation refers to the replacement of non-federal funds with federal fund intended to support the same activities. The Public Health Service Act, Title I, Section 319 (c) specifically States: "SUPPLEMENT NOT SUPPLANT. Funds appropriated under this section shall be used to supplement and not supplant other federal, state, and local public funds provided for activities under this section." Therefore, the law strictly and expressly prohibits supplantation. Budget Line Definitions Personnel: Contractor shall dedicate the necessary funds to support salary and fringe for any staff member devoting time and effort towards the accomplishment of any activities identified under this Scope of Work. Equipment: Contractor shall dedicate the necessary funds to purchase equipment, as well as maintain the working order of any existing equipment, required to meet any activity identified under this Scope of Work. This shall include, but is not limited to, personal and portable computers, communication radios, cellular telephones, facsimile machines, laboratory equipment, training equipment, public information kits, etc. Travel: Contractor shall dedicate the necessary funds to support travel related costs to ensure accomplishment of activities identified under this Scope of Work. This shall include, but is not limited to, regional planning meetings, local partner planning meetings, attendance at training sessions, conferences, agency representation at the Emergency Preparedness and Response conference calls and annual strategic planning meetings. Operating and Supplies: Contractor shall dedicate the necessary funds for operating and supply costs directly associated with any activities identified under this Scope of Work. This shall include, but is not limited to, high-speed Internet connections, notification systems, telephone and communication systems, office supplies, copying, printing, postage, room rental, software purchase and upgrades, etc. Indirect: An agency's current allowable Indirect Rate with the Colorado Department of Public Health and Environment is 17.66% of Direct Salaries & Wages, Including Fringe Benefits. If during the current term of this contract the agency -established rate changes with CDPHE, and the agency has an approved and executed rate, the rate may change, and the new indirect rate can be used for the remainder of the current year / contract period. The new Indirect Rate will not be retroactive from the starting date of the agency contract. Reduction of Funds: If Contractor indicates full expenditure of EPRD funds in March of each grant year and the full expenditure does not occur, CDPHE EPRD has the option to reduce current or upcoming contractual agreements by said amount. The State will notify the Contractor of the potential need to decrease the current or upcoming budget. If Contractor indicates at a later date than March of each grant year an expectation of surplus of funds or inability to fully expend said funds for an Page 3 of 5 Emergency Preparedness and Response Division (EPRD) Public Health and Social Services Emergency Fund Public Health Emergency Response (PHER) H1N1 Phase II and Phase III 2009-2010 Scope of Work Weld County Department of Public Health and Environment unforeseen circumstances that contractor had not anticipated in March, CDPHE EPRD will reallocate unspent funds without any penalties to the Contractor. Upon receipt of timely written notice of an objection by the State for inability to fully expend funds, the Contractor shall have a reasonable period of time, not to exceed ten (10) calendar days to respond to the action. If no dispute is received by the State within ten (10) calendar days, the State has the option to reduce the current budget for the current year and any upcoming budget for future contractual agreements. Invoicing Procedures: Contractor shall establish a process to track all obligations and expenditures related to this contractual agreement separately from other funds awarded through the Public Health Preparedness and Response Cooperative Agreement. All HIN1 funds need to be tracked separately and submitted for payment on separate invoices for each Phase. To receive compensation under this Contract, the Contractor shall submit a signed monthly EPRD Invoice/Cost Reimbursement Statement. A sample Invoice/Cost Reimbursement Statement is attached hereto as "Attachment A-1" and incorporated herein by this reference. An Invoice/Cost Reimbursement Statement must be submitted within thirty (30) calendar days of the end of the billing period for which services were rendered. Expenditures shall be in accordance with the Statement of Work. These items may include, but are not limited to, the Contractor's salaries, fringe benefits, supplies, travel, operating, indirect costs which are allowable, and other allocable expenses related to its performance under this Contract. The State has the option to reduce the budget and the scope of work if the Contractor fails to submit monthly invoice/cost reimbursement statements within ten (10) calendar days. The monthly billing performance shall also be used as a basis for calculating the Contractor's future funding levels, if any. The State will notify the Contractor of the potential need to decrease the budget and scope of work. The Contractor may supply the monthly invoice, back-up documentation and request a re -determination, which shall take place within ten (10) calendar days of the receipt of a written request. If no invoice is received by CDPHE within ten (10) calendar days, the State will take action and modify the contract to reduce the budget and scope of work. To be considered for payment, billings for payments pursuant to this Contract must be received within a reasonable time after the period for which payment is requested; but in no event no later than thirty (30) calendar days after the relevant performance period has passed. Final billings • under this Contract must be received by the State within a reasonable time after the expiration or termination of this Contract; but in no event no later than thirty (30) calendar days from the effective expiration or termination date of this Contract. Each Reimbursement Statement shall be sent to the attention of: EPRD Fiscal Staff Emergency Preparedness and Response Division Colorado Department of Public Health and Environment 4300 Cherry Creek Drive South, EPRD —A-5 Denver, CO 80246 Page 4 of 5 Emergency Preparedness and Response Division (EPRD) Public Health and Social Services Emergency Fund Public Health Emergency Response (PHER) HIN1 Phase II and Phase III 2009-2010 Scope of Work Weld County Department of Public Health and Environment Or Fax To: 303-691-7811 Contract Budget: H1N1 Phase II $132,798 H1N1 Phase III $524,392 Total Phase II and III $657,190 All expenditures for the above two phases need to be on separate invoices and tracked separately by phase and cannot be combined with other I agree to the terms of this Scope of Work and accept the activities as identified under the Contract Work Plan. I understand that this Scope of Work is not an official notification of a funding award or promise of future funding. I also understand that I am not authorized to begin performance until I receive official notification from the CDPHE Purchasing Department as evidenced by a signed Purchase Order. If performance begins prior to receiving a signed Purchase Order, the State of Colorado may not be obligated to pay for the goods and/or services provided. (Authorized Signature of Contractor) William F. Garcia, Chair Weld County Board of Commissioners el/iota 9 Date Page 5 of 5 Esther Gesick From: Talya DeAngelis Sent: Tuesday, September 29, 2009 10:50 AM To: Esther Gesick Subject: FW: H1N1 Phase II and Phase III Attachments: Weld County SOW PHER Phase II and Phase Ill 092209.doc Hi Esther - I have attached the Scope of Work document that needs to be pasted into BOCC Letterhead and then I can email it back to the state. Thanks so much for your help with this and with everything! I appreciate it so much! Thank You, Talya Original Message From: Judy Nero Sent: Tuesday, September 29, 2009 8:27 AM To: Talya DeAngelis Subject: FW: H1N1 Phase II and Phase III Talya, Could you please take care of this as soon as possible? Thank you. Judy Original Message From: Mark Wallace Sent: Monday, September 28, 2009 4:04 PM To: Judy Nero Subject: FW: H1N1 Phase II and Phase III Please prepare these documents for signature as advised by April. Thanks. Mark Mark E. Wallace, MD, MPH Executive Director, Weld County Department of Public Health & Environment Tele: 970.304.6410 - Fax: 970.304.6412 Web: http://www.co.weld.co.us/redesign/health/ Original Message From: April Haynes[mailto:ahaynes@smtpgate.dphe.state.co.us] Sent: Monday, September 28, 2009 3:38 PM To: Judy Nero; Mark Wallace Cc: Judy Yockey Subject: H1N1 Phase II and Phase III Dear Local Public Health partner: 1 Please find attached your scope of work for the Emergency Preparedness and Response Division of the Colorado Department of Public Health and Environment's H1N1 Phase II and Phase III. To expedite your Scope of Work, please follow these instructions: 1. Please cut and paste the Scope of Work onto your agency's letterhead. 2. Have your agency's authorized signing authority sign and date the scope of work. 3. Return the whole document via fax (either word or pdf format) or e-mail (in pdf format) as soon as possible to: April Haynes Deputy Fiscal Officer Phone: 303-692-2774 Fax: 303-782-0904 E-mail: april.haynes(state.co.us Upon receiving the signed scope of work, I will have them approved by the proper authorities. I will return to you the original copy of the signed Purchase Order, scope of work and attachment A-1 (EPRD invoice and instructions). Please be reminded that these agreements shall not be deemed valid until official notification is received from the CDPHE Purchasing Department as evidenced by a signed Contract or Purchase Order. If performance begins prior to receiving a signed Contract or Purchase Order, the State of Colorado may not be obligated to pay for the goods and/or services provided. Should you have any questions or require further information, please do not hesitate to contact either myself of Judy Yockey (judy.yockeyOemail.com). Your assistance in expediting these agreements is greatly appreciated. Sincerely, April Haynes Deputy Fiscal Officer Disease Control and Environmental Epidemiology Division Colorado Department of Public Health and Environment 4300 Cherry Creek Drive South, Denver CO 80246 303.692.2774 Office 303.782.0904 Fax April.Haynesistate.co.us 2
Hello